Kentucky Bids > Bid Detail

Kitchen Remodel

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159622723387369
Posted Date: Mar 14, 2023
Due Date: Mar 31, 2023
Solicitation No: 15B10923
Source: https://sam.gov/opp/b218399adb...
Follow
Kitchen Remodel
Active
Contract Opportunity
Notice ID
15B10923
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FMC LEXINGTON
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 14, 2023 03:35 pm EDT
  • Original Date Offers Due: Mar 31, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N072 - INSTALLATION OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Lexington , KY 40511
    USA
Description

This is a combined synopsis/solicitation. The purpose of this project is to establish services from a Commercial and Institutional Building Construction company to develop a plan and conduct a kitchen remodel for a nonresidential building located at Federal Medical Center in Lexington Kentucky.



This acquisition is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 236220. The size standard is $39,500,000.00. Anyone wishing to participate in this proposed acquisition must obtain a copy of the solicitation at no charge from the Federal Business Opportunities website www.Sam.gov as applicable. No paper copies of this acquisition will be furnished.



A site visit will be held on Thursday, March 23, 2023 at 02:00 pm local time. This will provide an opportunity for offerors to visit the site conditions and take measurements. In order to attend the site visit, offerors shall register for the site visit by contacting Mr. Matthew O’Suna, General Foreman in order to obtain site visit access forms @ mosuna@bop.gov. Forms must be submitted by Tuesday, March 21, 2023 by 2:00 pm. Questions related to the access for the site visit can be sent to Mr. O’Suna at the email address provided. There should be no more than three attendees per company. The Government reserves the right to deny access to attendees based on the results of the security check. The Government will provide notice to those approved or denied access on a rolling basis, but no later than COB Wednesday March 22, 2023. Late requests will not be accepted and anyone without confirmed access will not be permitted on base. This is the only site visit to be held unless the Contracting Officer later determines additional site visits are necessary.



The government intends to award a single, firm-fixed-price type purchase order in accordance with the acquisition procedures established in FAR Part 13, to the offeror whose evaluated offer represents the best value lowest price technically acceptable (LPTA) offer. The lowest priced quote will be evaluated first; if the lowest priced quote is not found acceptable, the government will evaluate the next lowest priced quote until an acceptable quote is identified. Higher priced quotes remaining will not be evaluated. The Government intends to make award without discussions.



The following ratings will be used to evaluate each factor:

Acceptable - Proposal clearly meets the requirements of the Statement of Work

Unacceptable - Proposal does not clearly meet the requirements of the Statement of Work

Factor 1 - Technical Capability

This standard is met when the offeror has provided a narrative response that clearly demonstrates its understanding of an approach to accomplishing the requirements set forth in the Statement of Work and includes all areas to be addressed, to include warranty requirements. A quote that does not address all items may be rated as Unacceptable.

Factor 2 - Past Performance

Offerors shall demonstrate relevant past performance as it relates to the probability of successful accomplishment of the contract requirements. A minimum of two (2) past performance references shall be included in the offeror's quote for evaluation purposes. Relevance of past performance includes depth, breadth, currency, similarity, and quality of the past performance within the past three (3) years. Quality of services may be defined as how well the offeror has complied with contract requirements and whether it conformed to standards of good business practices. It includes performance of enterprise level services similar to those identified in the SOW, its record of conforming to standards of good workmanship, adherence to contract schedules, and its history of commitment to customer satisfaction.



The Government may supplement the information provided by the Offeror with information the Government obtains through reference checks, its own knowledge/experience, and/or from other sources. These sources may include, but not necessarily be limited to, other Government contracting offices, the Contractor Performance Assessment Reporting System (CPARS), and the Past Performance Information Retrieval System (PPIRS). A quote that does not meet these criteria may be rated as Unacceptable.

All questions shall be submitted electronically using the electronic mail system no later than 10:00 am (EST) on 29 March 2023. The due date and time for offers is no later than 2:00 pm (EST) on 31 March 2023 and are also required to be submitted electronically to FMC Lexington Contracting, at LEX-ProcurementProp-S@bop.gov . Late offers will not be accepted. All offerors must be registered in the System for Award Management (SAM) as an active contractor with no exclusions preventing award to be eligible for a contract award.


Attachments/Links
Contact Information
Contracting Office Address
  • 3301 LEESTOWN RD
  • LEXINGTON , KY 40511
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 14, 2023 03:35 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >